MXSG B507 Monorail Paint Line Upgrade
ID: FA822725R2630Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA8227 AIR FORCE MATERIEL COMMAND OL H PZIMBHILL AFB, UT, 84056-5805, USA

NAICS

Overhead Traveling Crane, Hoist, and Monorail System Manufacturing (333923)

PSC

AIRCRAFT MAINTENANCE AND REPAIR SHOP SPECIALIZED EQUIPMENT (4920)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
  1. 1
    Posted Mar 26, 2025, 12:00 AM UTC
  2. 2
    Updated Mar 26, 2025, 12:00 AM UTC
  3. 3
    Due Apr 28, 2025, 9:00 PM UTC
Description

The Department of Defense, through the Air Force Materiel Command, is soliciting proposals for the upgrade of the B507 Monorail Paint Line at Hill Air Force Base in Utah. This project aims to enhance operational capabilities by replacing outdated equipment, including the conductor bar system, and implementing upgrades such as a maintenance spur addition and global wireless communication systems. The selected contractor will be responsible for delivering design packages, procuring materials, and providing operational and maintenance manuals, with a focus on ensuring compliance with safety and quality standards. Proposals are due by 1500 MST on April 28, 2025, and interested parties should direct inquiries to Tanner Nielsen or Bryan Kingsford via email. This opportunity is set aside for small businesses, with a maximum size standard of 1,250 employees under NAICS code 333923.

Files
Title
Posted
Mar 26, 2025, 9:07 PM UTC
The document outlines the Invitation to Offerors (ITO) for the Lowest Price Technically Acceptable (LPTA) procurement of the B507 Paint Line Monorail Upgrade at Hill Air Force Base, UT. It details the proposal submission process, emphasizing compliance with the guidelines to avoid unacceptability. Offerors must ensure all required documents are submitted, including a completed RFP and price proposal, along with a technical proposal not exceeding 25 pages. Communication regarding the RFP must be directed to the Contracting Officer, who will manage source selection information. The proposal must include specific sections detailing previous relevant experience, technical approaches, and an installation schedule while addressing factors like data rights and safety codes. Site visits will be offered for potential bidders to better understand project requirements. Final evaluations will focus on technical aspects and price proposals to determine eligibility for contract award. This solicitation reflects the government's structured and rigorous approach to contract acquisitions within defense procurement, emphasizing technical qualifications alongside cost considerations.
Mar 26, 2025, 9:07 PM UTC
The document outlines the evaluation factors for awarding a contract for the B507 Paint Line Monorail Upgrade. Utilizing the Lowest Price Technically Acceptable (LPTA) source selection method, the government will award the contract based on the lowest evaluated price from technically acceptable proposals. The evaluation will assess various factors, including price, technical capability (with five specific subfactors), schedule, code adherence, and staff experience. The proposal must meet all solicitation requirements, including providing detailed methodologies and prior experience regarding technical aspects like system control modifications and wireless communications. The government plans to award without discussions, urging bidders to submit their best initial offers. However, discussions may occur if deemed beneficial. Significant emphasis is placed on the completeness and reasonableness of price submissions, while technical proposals must demonstrate the bidder’s capability to perform within the stated Statement of Work (SOW). Compliance with codes and possessing qualified staff are also critical to proposal acceptance. The overall goal is to ensure the selected contractor meets the government’s operational needs effectively and efficiently, maintaining a focus on quality and cost management.
Mar 26, 2025, 9:07 PM UTC
The DD Form 1423-1 serves as a Contract Data Requirements List (CDRL) used by government entities, specifically the Department of Defense, to outline data item deliverables associated with contracts. Key components include contract identifiers, data item details, submission timelines, distribution requirements, and authority references. A specific safety plan for the B507 Monorail Paint Line upgrade is highlighted, requiring delivery to designated government points of contact within specified timeframes following contract award. The distribution statement dictates that the information is only accessible to the Department of Defense and U.S. contractors, with strict compliance to export regulations for any technical data included. The document emphasizes the importance of marking distribution details and elaborates on thorough submission and approval processes. Overall, it embodies a structured approach to managing data requirements in government contracts, ensuring compliance, safety, and effective communication between the contractor and government authorities.
Mar 26, 2025, 9:07 PM UTC
The document is DD Form 1423-1, a Contractor Data Requirements List used by the Department of Defense (DoD) to outline data item submission requirements related to contracts. It specifically addresses the need for a Contractor Quality Control Plan associated with the B507 Monorail Paint Line upgrade project. The form details the identification of the data item, including its title, authority, frequency of submissions, and distribution details, alongside instructions for completion. Key components of the form identify the contractor as a required participant and stipulate the submission of quality plans within set timelines, such as 30 days post-award notification and subsequent updates within 15 days of any changes. It also includes electronic submission protocols and necessary warning statements regarding export restrictions on technical data. The overarching purpose of this form is to ensure that the contractor adheres to quality assurance measures critical for the project's success while following established guidelines. By emphasizing the need for regular data submission and quality control documentation, the form aids in maintaining compliance and oversight within DoD contracts, which are fundamental in federal government RFPs and grants.
Mar 26, 2025, 9:07 PM UTC
The DD FORM 1423-1, dated February 2001, focuses on the Contract Data Requirements List (CDRL), outlining the governmental requirements for data submission related to federal contracts. It necessitates that contractors provide conference minutes within three business days after meetings, such as a Kick-Off meeting, and details the submission process, including the required distribution list and electronic delivery to specified government personnel. The form includes sections for contract line item numbers, titles, authorities, and submission frequency, directing contractors to specify attachments and distribution instructions, particularly for sensitive data governed by export control laws. Each submitted document must adhere to strict guidelines regarding format, depth of content, and timing, reinforcing the government's need for clear, organized documentation. The document also details guidelines for assigning price groups to various data items based on their necessity for contract performance, helping to estimate associated costs. Overall, the DD FORM 1423-1 facilitates structured communication between contractors and the government, ensuring compliance with federal data requirements within RFP frameworks.
Mar 26, 2025, 9:07 PM UTC
The DD Form 1423-1 is a standardized Contract Data Requirements List utilized by the U.S. Department of Defense for managing data items under government contracts. It outlines key information regarding specific data requirements, including contract references, data item specifications, approval processes, and distribution instructions. The form serves as an essential tool for documenting and approving technical data submissions, such as engineering drawings, along with ensuring compliance with government regulations. The document details the process for completing the form and specifies critical elements, including data item numbers, titles, authorities, and required inspection protocols. Additionally, it mandates the use of clear distribution statements, including guidelines for handling and declassifying sensitive technical data. The estimated prices associated with each data item are categorized into four groups, reflecting the contractor's obligations and the item's relevance to the primary contract. This form's purpose is to streamline the documentation and submission of critical data while ensuring that contractors conform to government expectations, thus facilitating efficient contract management and compliance with federal regulations.
Mar 26, 2025, 9:07 PM UTC
The DD Form 1423-1, titled Contract Data Requirements List, outlines the procedures for submitting specific data items relevant to federal contracts, particularly in the context of the Department of Defense. The form serves as a structured approach for contractors to report data, which includes project planning charts and technical data packages necessary for contract performance. Key elements of the form include sections for contract identification, data item specifications, submission frequency, and distribution requirements, ensuring clarity and accountability in data submissions. The document emphasizes the importance of compliance with the Arms Export Control Act regarding technical data, requiring appropriate markings and handling instructions. Additionally, it provides guidance for both government personnel and contractors on the completion and submission of the form, distinguishing between different categories of data, pricing groups, and submission methods. Overall, the form facilitates effective communication between contractors and government officials, ensuring delivery of essential data while maintaining adherence to regulatory standards and protocols. Its structured framework is crucial for managing data requirements in federal grants and RFPs, supporting project integrity and operational effectiveness.
Mar 26, 2025, 9:07 PM UTC
The DD Form 1423-1 serves as a Contract Data Requirements List for the U.S. Department of Defense. This form outlines the specifications for data submissions related to a specific contract, specifically for the operational and maintenance (O&M) manuals associated with the B507 Monorail Paint Line upgrade project. Key elements include details on the type of data required, the timeline for submissions, distribution methods, and responsible parties. The form mandates adherence to military specifications and establishes a distribution statement for safeguarding sensitive information. Furthermore, it provides a framework for estimating the costs of data collection and delivery, dividing them into four distinct price groups based on the necessity and scope of the data. Overall, this document is vital for ensuring that contractors meet government standards for data production while facilitating compliance and operational efficiency in project execution.
Mar 26, 2025, 9:07 PM UTC
The DD Form 1423-1 is a Contract Data Requirements List utilized by the Department of Defense to outline specific data items required under a contract. This form addresses critical elements such as contract line items, item descriptions, required deliverables, and associated submission details. It includes sections for specifying the frequency of submissions and various contacts for submitting documents. The form ensures that technical data is handled correctly, with strict adherence to export control laws denoted by warning and destruction notices. The purpose of this form is to facilitate clear communication of data requirements between contractors and government entities, enhancing the efficiency of contract management. The structured approach provides guidance on data classification (e.g., Technical Data Packages, Technical Manuals) and the estimated price groups associated with the preparation and delivery of data items. Overall, this document serves to standardize data management procedures in government contracts, ensuring all parties comply with necessary protocols.
Mar 26, 2025, 9:07 PM UTC
The DD Form 1423-1 outlines the Contract Data Requirements List (CDRL) utilized by the Department of Defense (DoD) for managing data submission and acquisition in government contracts. It includes essential sections for cataloging various data items such as engineering drawings, technical manuals, and other documentation required for specific projects. The form specifies contract line item numbers, categorized data requirements, authorities, submission frequency, and distribution details, ensuring clarity in communication between contractors and government representatives. It emphasizes that data submissions must adhere to specific guidelines on distribution and destruction, particularly regarding sensitive technical data under export control laws. This document is part of the framework that facilitates the structured collection of information necessary for project execution, ultimately ensuring compliance with contract specifications and enhancing accountability in defense contracting. Thus, it serves as a critical tool for both government personnel and contractors in fulfilling obligations stipulated by requests for proposals (RFPs) and grants.
Mar 26, 2025, 9:07 PM UTC
The solicitation FA8227-25-R-2630 is a request for proposal aimed at acquiring commercial items for the 709th Maintenance Support Squadron at Hill AFB, Utah. The acquisition includes design packages, material procurement, maintenance spur addition, global communication upgrades, operational manuals, and data deliverables. A key feature of this RFP is the organization of two site visits on April 8 and 9, 2025, for potential offerors to assess the system's specifications firsthand. Proposals are due by April 28, 2025, with evaluation based on a Lowest Price Technically Acceptable (LPTA) approach, focusing on price, technical capability, and schedule adherence. The solicitation emphasizes compliance with federal regulations and preferences for small businesses, with a maximum firm size of 1,250 employees under NAICS 333923. The process encourages contractors to engage with the government on any matters of concern through designated contacts, ensuring transparency. Overall, this solicitation aims to modernize and enhance the operational capabilities of the 709th MXSS through effective contractor partnerships and strict regulatory compliance.
Mar 26, 2025, 9:07 PM UTC
The U.S. Air Force's Statement of Work outlines the upgrade of the Monorail Paint Line located in B507, addressing outdated equipment that transports heavy landing gear parts during the painting process. This project aims to replace the failing conductor bar system, upgrade hardware, and enhance operational capabilities through various initiatives, including the installation of a maintenance spur and wireless communication systems. The statement details contractor responsibilities, including design milestones, installation scheduling, and compliance with safety and quality standards. It emphasizes the need for proper training and documentation, including operation and maintenance manuals. The project will minimize downtime, ensuring that the existing system remains operational during upgrades, with warranties for the supplied components. Additionally, the contractor must adhere to stringent security and regulatory requirements while working at Hill Air Force Base. This project reflects the commitment to enhance the efficiency and safety of paint line operations, crucial for air force readiness and maintenance capabilities.
Lifecycle
Title
Type
Combined Synopsis/Solicitation
Similar Opportunities
REPAIR OF ICT-1500/2500 DETECTION, CONTROL AND MOTION SYSTEMS - Hill Air Force Base, Utah
Buyer not available
The Department of Defense, through the Air Force Materiel Command, is soliciting proposals for the repair and modernization of ICT-1500/2500 Detection, Control, and Motion Systems at Hill Air Force Base, Utah. This procurement aims to extend the operational life of these critical systems by replacing outdated components, including detectors, motors, controls, and associated software, while ensuring compliance with stringent performance and safety standards. The project is vital for maintaining the functionality of advanced Computed Tomography systems essential to the Minuteman III ICBM program. Interested small businesses must submit their proposals by the specified deadlines, with inquiries directed to primary contact Randall Egbert at randall.egbert@us.af.mil or secondary contact Tanner Nielsen at tanner.nielsen@us.af.mil.
USACE SPK Design-Bid-Build (DBB) Construction - F-35 East Campus Infrastructure - Hill AFB, UT
Buyer not available
The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting proposals for the Design-Bid-Build (DBB) construction of the F-35 East Campus Infrastructure at Hill Air Force Base, Utah. This project involves significant infrastructure upgrades, including airfield paving, utility systems, and facility construction, with an estimated contract value between $100 million and $250 million. The procurement process emphasizes compliance with safety and environmental standards, and proposals are due by April 11, 2025, with an anticipated award date around June 2, 2025. Interested contractors should contact Michelle Spence at michelle.a.spence@usace.army.mil or Natalia Gomez at natalia.gomez@usace.army.mil for further details.
Plating Shop Renovation, HAFB, UT
Buyer not available
The Department of Defense, specifically the Department of the Army, is soliciting proposals for the renovation of the Plating Shop at Hill Air Force Base (HAFB) in Utah. This project falls under the NAICS code 236210, focusing on industrial building construction, and aims to repair or alter existing industrial facilities to enhance operational capabilities. The renovation is critical for maintaining the functionality and safety of the plating operations at HAFB, ensuring compliance with federal standards. Interested contractors should note that the solicitation number is W9123824R0032, with amendments affecting submission deadlines and requirements; the pre-proposal conference is scheduled for March 6, 2025, and inquiries can be directed to Aurielle Ruiz at aurielle.ruiz@usace.army.mil or Amelia Bryant at Amelia.K.Bryant@usace.army.mil.
Vertical Lift Module (VLM) at HILL AFB, UT
Buyer not available
The Department of Defense, through the Air Force Materiel Command, is soliciting proposals for the acquisition of a Vertical Lift Module (VLM) to be utilized at Hill Air Force Base, Utah, specifically for the 581st Missile Maintenance Squadron. The procurement aims to enhance operational efficiency by providing a robust storage and retrieval system for tools and components, ensuring compliance with safety and performance standards. The VLM must be designed for durability, maintainability, and operational readiness, with a service life of at least 20 years and adherence to various regulatory requirements. Proposals are due by 1500 MST on April 28, 2025, with inquiries directed to Tanner Nielsen and Bryan Kingsford via email. This opportunity is set aside for small businesses, with a total contract value structured across multiple payment phases based on performance milestones.
T-7A EGRESS, F-35 EAST CAMPUS HILL AFB, UT
Buyer not available
The Department of Defense, specifically the Department of the Army, is soliciting proposals for the construction of the T-7A Egress facility at Hill Air Force Base in Utah. This procurement is set aside for small businesses and aims to enhance the infrastructure necessary for the maintenance and operation of military aircraft. The project falls under the NAICS code 236210, focusing on industrial building construction, and is critical for ensuring the readiness and safety of military operations. Interested contractors should reach out to Natalia Gomez at natalia.gomez@usace.army.mil or Michelle Spence at michelle.a.spence@usace.army.mil for further details, as the solicitation number W9123825RA009 is currently open for proposals.
MABSM implementation and sustainment effort at Hill AFB OO-ALC, Warner Robins AFB WR-ALC, and Tinker AFB OC-ALC
Buyer not available
The Department of Defense is seeking small business contractors for the implementation and sustainment of the Maintenance and Business System Modernization (MABSM) at Hill Air Force Base, Warner Robins Air Force Base, and Tinker Air Force Base. The primary objective is to enhance the MABSM system, which supports Maintenance Repair Overhaul (MRO) operations, by providing a comprehensive range of services including project management, technical analysis, user training, and quality assurance. This initiative is crucial for maintaining system availability and compliance with Information Assurance standards, thereby ensuring efficient depot operations. Interested parties must submit their responses, including company information and capabilities, by May 2, 2025, to Hannah Rearick at hannah.rearick@us.af.mil or Jason Neering at jason.neering@us.af.mil.
57 MXG Paint Booth Maintenance
Buyer not available
The Department of Defense, through the Air Force's 99th Contracting Squadron, is soliciting proposals for maintenance services for the 57 MXG Paint Booth facilities located at Nellis Air Force Base, Nevada. The contractor will be responsible for providing all necessary supervision, personnel, materials, labor, equipment, and transportation to conduct preventive and ongoing maintenance, ensuring the paint booths maintain a minimum operational rate of 96% from June 22, 2025, to June 21, 2030. This maintenance service is critical for the operational integrity of approximately 174 aircraft and supports various essential operations across multiple maintenance facilities. Proposals are due by April 30, 2025, with questions accepted until April 18, 2025; interested parties should contact Lisa Hallberg at lisa.hallberg.1@us.af.mil for further information.
FA8604, Storage Aid System at Hurlburt Air Force Base, Florida, MMHS
Buyer not available
The Department of Defense, specifically the Air Force, is soliciting proposals for the design, fabrication, installation, and testing of a Storage Aid System at Hurlburt Air Force Base in Florida. This procurement is a total small business set-aside and encompasses nine line items, including the demolition of an existing pallet rack and the installation of a modular office, with specific requirements for vehicle use, such as on-board chargers for forklifts. The contract completion is required within 205 days from the award date, with proposals due by 4:00 PM Eastern Daylight Time on April 25, 2025. Interested contractors must register in the System for Award Management (SAM) and submit their proposals through the Procurement Integrated Enterprise Environment (PIEE), with questions accepted until April 17, 2025, directed to the primary contacts Andrew Petersen and Samantha Ekberg.
MISSILE MISHAP RESPONSE TEAM (MMRT) MOBILE AIR TRAILER
Buyer not available
The Department of Defense, specifically the Air Force Materiel Command, is seeking proposals from small businesses for the procurement of a Mobile Air Trailer designed for the Missile Mishap Response Team (MMRT) at Hill Air Force Base, Utah. The primary requirement is for a custom enclosed trailer equipped with a cascade air system to supply and refill Self-Contained Breathing Apparatus (SCBA) during emergency situations. This procurement is critical for enhancing emergency readiness and operational efficiency, ensuring that the MMRT can effectively respond to incidents involving missile mishaps. Interested vendors must submit their proposals by May 12, 2025, with all inquiries due by April 25, 2025. Proposals should be directed to Contract Specialist Rachel Wright at rachel.wright.9@us.af.mil and Contract Officer Melissa Huston at melissa.huston.2@us.af.mil.
SATOC for Title I and Title II Architect-Engineer Services for the Renovation of Hangar 225 at Hill Air Force Base, UT
Buyer not available
The Department of Defense is seeking qualified architect-engineer firms to provide services for the renovation of Hangar 225 at Hill Air Force Base in Utah. The procurement involves a Total Small Business Set-Aside for architect-engineer services under NAICS code 541330, focusing on the construction of other airfield structures. This project is critical for maintaining and upgrading military infrastructure, ensuring operational readiness and safety. Interested firms should contact Laura Koog at laura.koog@us.af.mil or Brindle Summers at brindle.summers@us.af.mil for further details, as the presolicitation notice indicates the importance of timely submissions and qualifications.